SOLICITATION NOTICE
65 -- CT injector
- Notice Date
- 9/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-250-07-RQ-0183
- Response Due
- 9/21/2007
- Archive Date
- 11/20/2007
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-07-RQ-0183 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies and services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This requirement is unrestricted, full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 339112 Surgical and Medical Instrument Manufacturing. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking a Stellant D Injector System or brand equivalent. Line items with specifications are as follows: Line Item (1) Med Rad Injector, item 3007301 Stellant D Injector System. Includes the following items, item SHP 700 assembly, stand, AHP Stellant; item SDC 700 25 Assy. Cable, base to display 25 FT; item 3008614 head extension cable, 75 ft., Stellant Single/Dual; item EPC 700A North American Style Power Cord; item 78101-00-BM-01 Product Info Pack, 110V and item SOM 700 EN Manual, Operation, Stellant (English), Quantity 1; Line Item (2) UFK D2DF, DUALFLOW Upgrade, item 3012559. Includes the following items, item 203030 Label, Stellant, CSA Update for Dualflow; item 202759 Stellant Dualflow Upgrade Manual (includes password form 203146), item 202959 Stellant OP Manual CD English, and item 204658 Envelope, installation documents, Quantity 1; Line Item (3) Installation of injector system, item INS SCT, Quantity 1; Line Item (4) Stellant Dual Syringe Quad-Pak W/Spike (one box- 20 kits per box), item SDS-CTP-SPK, Quantity 1 Box; Line Item (5) Stellant Dual Syringe Quad-PAK W/QFT (one box- 20 kits per box), item SDS-CTP-QFT, Quantity 1 Box; Line Item (6) Swabbable Valve Transfer set with Spike, item SVTS, Quantity 1 Box; Line Item (7) Assembly, ISI Module, item 3010435, Quantity 1. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quotes shall contain a proposed installation and in service timeline. The CT Injector system will be installed for service at the Wade Park Radiology a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Bldv., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING AND LINE ITEMS: Offeror shall provide pricing for the CT injector as described in above requirements. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, and training). PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the matching the specified equipment in features, quality, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. WARRENTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Jonathan Jewel, Contracting Officer in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Question submitted after September 19, 2007 that may affect the competitive process can not be addressed. Quotes and accompanying information are due no later than 10 a.m. EST September 21, 2007. Quotes can be sent by email to jonathan.jewel@va.gov. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
- Web Link
-
Home Page
(http://vaww.cleveland.med.va.gov/)
- Place of Performance
- Address: The Louis Stokes Cleveland VAMC;Radiology Service;10701 East Blvd;Cleveland, OH
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN01407080-W 20070916/070915193711 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |